Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
DOCUMENT

70 -- Wall-Mounts for Computer Work Stations - Attachment

Notice Date
10/16/2018
 
Notice Type
Attachment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;960 Broadway Ave, Suite 460;Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
36C26019Q0014
 
Response Due
10/25/2018
 
Archive Date
12/9/2018
 
Point of Contact
Daniel Salvesen
 
E-Mail Address
.salvesen@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), 8(a), Hub-Zone and other Small Businesses interested and capable of providing items requested, as well as any large businesses The Department of Veterans Affairs, NCO20 is looking for sources of the following: QTY Item Model 28 Herman Miller Thrive Mbrace Wall Mounted Technology Combo Arm allowing the keyboard and monitor to effortlessly move together as a single unit, mount to 34 wall track. Finish Silver Y94015.34 28 Herman Miller Thrive Mbrace Extension Arm adds 20 of horizontal movement. Finish Silver Y94105 28 Herman Miller Thrive Altissimo dual cross bar, crossbar converts the sit stand unit from single to a double monitor capability, 9.5 range of monitor height adjustment, 45 degrees of tilt, maximum monitor width in a double application is 24 per monitor. Finish Silver SA629002 28 Herman Miller Thrive Track Mount small cradle CPU support. Finish Silver Y94100 The VAPORHCS Eye Exam (16 rooms) and Specialty Exam rooms (12 rooms) is in need of wall mounted technology combo arm, dual crossbar for two monitors, extension arm, and cradle CPU holder. This allows the keyboard and monitor to effortlessly move together as a single unit. Wall-mounted workstations are designed for a healthcare environment. Computer Wall Mount units needed in each exam room for the activation of new eye Clinic Wall-mounted workstations mount to a 34" wall track and directly to drywall. Additional characteristics include: Wall-mount workstation solution features a sliding keyboard with a platform to hold supplies. Due to limited square footage in the exam room, a smaller footprint translates to more access to the patient, room, and family. Dual cross bar to accommodate (2) computer monitors. All painted surfaces are finished with anti-microbial powder coat paint to support infectious control policies. Hanging fasteners shall be provided by the manufacturer for a drywall-mounting application. Extension arm to add 18" of horizontal movement and it must be a compatible part to the main wall-mount workstation. The track mount CPU cradle must be adjustable from 11/4" to 41/2" wide and able to mount to workstation s wall tracks. ***VERY IMPORTANT*** Please refer to schematic drawing for configuration and dimensions: ). Salient Characteristics for Wall Mounts Environmental Profile: Comprised of 51% pre-consumer recycled content, 6% post-consumer recycled content or Geenguard Certified. Warranty: 10-year Made in the USA. Suggested product: Herman Miller Healthcare Thrive Mbrace-Series Wall Mount Technology-Workstation http://www.hermanmiller.com/products/accessories/technology-support/wall-mounted-technology-hd-series.html Required Bid Package: Submit any questions in writing to designated Contracting Specialist. The VA will respond to questions in writing within 48 hours. Deadline for product delivery is: November 19th, 2018. The medical center expects a lead time of 4-6 weeks after contract has been awarded to the vendor. Include warranty and Greenguard Certification information for each manufacturer as well as proof that furnishings meet the spec and salient characteristics, and are designed for a healthcare environment. The bid should include but not limited to: specification cut sheets, and a schematic line drawings of proposed furniture items, with dimensions per bill of materials with product subtotal and total cost. Prior to award, there might be revisions to the furnishings, particularly finish colors and choices, within budget, all to be determined and approved by VAPORHCS requesting interior designer. Product Lead Time: The new Vancouver Access Lease Space, Eye and Specialty Clinics project will be completed on November 1st, 2018. The new clinic space will be ready to receive computer wall-mounted units on November 5th, 2018. VAPORHCS expects a lead time of 4-6 weeks after award to vendor and be ready to receive onsite no later than November 19th, 2018. Delivery: The facility is requesting all computer wall-mounted units to be shipped directly to our general warehouse facility located at: 1601 E FOURTH PLAIN BLVD Vancouver WA 98661 United States The intended contract is a firm-fixed price one-year contract. Potential contractors shall provide, at a minimum, the following information to daniel.salvesen@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 337215. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. Responses are due by 11/25/2018 12:00 am MST, to the Point of Contact. Shipping Address: Portland VA Medical Center 3710 SW US Veterans Hospital Rd Portland, OR 97239 Point of Contact: Dan Salvesen Contracting Officer daniel.salvesen@va.gov 208-429-2021 ***** End Word Document - 'RFI-DESCRIPTION' ***** DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/36C26019Q0014/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26019Q0014 36C26019Q0014.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637839&FileName=36C26019Q0014-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637839&FileName=36C26019Q0014-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05125945-W 20181018/181016230612-f8fb43f724e93ad2cb875de9f0103848 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.